18 MONTHS PROCURMENT PLAN Project information: Liberia, COVID- 19 Emergency Response Project (P173812) Project Implementation agency: Ministry of Health Date of the Procurement Plan: March 2020 Period covered by this Procurement Plan: April 2020 – October 2021 Preamble In accordance with paragraph 5.9 of the “World Bank Procurement Regulations for IPF Borrowers” (July 2016) (“Procurement Regulations”) the Bank’s Systematic Tracking and Exchanges in Procurement (STEP) system will be used to prepare, clear and update Procurement Plans and conduct all procurement transactions for the Project. This textual part along with the Procurement Plan tables in STEP constitute the Procurement Plan for the Project. The following conditions apply to all procurement activities in the Procurement Plan. The other elements of the Procurement Plan as required under paragraph 4.4 of the Procurement Regulations are set forth in STEP. The Bank’s Standard Procurement Documents: shall be used for all contracts subject to international competitive procurement and those contracts as specified in the Procurement Plan tables in STEP. National Procurement Arrangements: In accordance with paragraph 5.3 of the Procurement Regulations, when approaching the national market (as specified in the Procurement Plan tables in STEP), the country’s own procurement procedures may be used. When the Borrower uses its own national open competitive procurement arrangements as set forth in the Public Procurement and Concessions Act, 2010 of the Republic of Liberia, such arrangements shall be subject to paragraph 5.4 of the Procurement Regulations and the following conditions. In accordance with paragraph 5.3 of the Procurement Regulations, the request for bids/request for proposals document shall require that Bidders/Proposers submitting Bids/Proposals present a signed acceptance at the time of bidding, to be incorporated in any resulting contracts, confirming application of, and compliance with, the Bank’s Anti-Corruption Guidelines, including without limitation the Bank’s right to sanction and the Bank’s inspection and audit rights. The form of the Letter of Acceptance is attached in Appendix 1. Leased Assets as specified under paragraph 5.10 of the Procurement Regulations: Leasing may be used for those contracts identified in the Procurement Plan tables. Not Applicable Procurement of Second Hand Goods as specified under paragraph 5.11 of the Procurement Regulations – is allowed for those contracts identified in the Procurement Plan tables. Not Applicable. Domestic preference as specified under paragraph 5.51 of the Procurement Regulations (Goods and Works). Goods: is not applicable for those contracts identified in the Procurement Plan tables; Works: is not applicable for those contracts identified in the Procurement Plan tables Hands-on Expanded Implementation Support (HEIS) as specified under paragraphs 3.10 and 3.11 of the Procurement Regulations is Applicable. Other Relevant Procurement Information. Other Relevant Procurement Information:- (a). Prior Procurement Arrangements: The Procurement Arrangements as indicated in the below table and within the thresholds indicated in the below tables will be used. The thresholds for the Bank’s prior review requirements are also provided in the table below: Table: Thresholds, Procurement Arrangements, and Prior Review (The table below depicts the Thresholds and Procurement Methods to be used under the Liberia COVID-19 Emergency Response project): Thresholds, Procurement Methods, and Prior Review Expenditure Contract (C) Value Procurement Contracts Subject to No Category Threshold* [eq. USD] Method Prior Review /[eq. US$] All contracts at or above USD Open Competition 5,000,000 are subject to International Market C ≥ 5,000,000 international advertising and the Approach and Direct use of the Bank’s SPDs (or other 1 Works Contracting documents agreed with the Bank). Open Competition 200,000 < C < 5,000,000 National Market None Approach Expenditure Contract (C) Value Procurement Contracts Subject to No Category Threshold* [eq. USD] Method Prior Review /[eq. US$] C ≤ 200,000 RFQ None All contracts at or above USD Open Competition 500,000 are subject to International Market C ≥ 500,000 international advertising and the Approach and Direct use of the Bank’s SPDs (or other Goods, IT and Contracting documents agreed with the Bank). 2 non-consulting services Open Competition : National Market None 100,000 < C < 500,000 Approach C ≤ 100,000 RFQ None All contracts at or above USD 100,000 are subject to for C < 100,000 international advertising and the Consulting Services use of the Bank’s SPDs (or other National documents agreed with the Bank). shortlist for 3 selection of All contracts at or above USD consultant for 200,000 are subject to firms C ≤ 200,000 Engineering and international advertising and the Construction Supervision use of the Bank’s SPDs (or other documents agreed with the Bank). Selection of All values ≥ 100,000 4 Individual All Approaches consultants (Special procurement arrangements like direct contracting, use of SOEs, UN Agencies, third party monitors, local NGOs, Force Account, servants needs, results based arrangements. It is not expected that there will need for prequalification in the procurement arrangements under Liberia COVID -19 EMERGENCY RESPONSE These thresholds are for the purposes of the initial procurement plan for the first 18 months. The thresholds will be revised periodically based on re- assessment of risks. All contracts not subject to prior review will be post- reviewed. Prequalification. Not expected for the packages of works/goods packages in the procurement plan. Proposed Procedures for CDD Components: Not Applicable Reference to (if any) Project Operational/Procurement Manual: the Liberia COVID-19 Emergency Response team will prepare Procurement Implementation Manual. Procurement processes will be captured in summary form in the Project Implementation Manual. Any Other Special Procurement Arrangements: qualifying procurement activities will consider making use of the Bank’s HEIS. Additionally, we will also tap into regional pool procurement involving the UN agencies and others that qualified with Bank’s guidance. Procurement Packages/PLAN with Procurement Arrangements and Time Schedule: as per the Table below: PROCUREMENT PLAN Goods and Non Consulting Services 1 2 3 4 5 6 7 8 9 Ref. Contract Estimated Procure Prequ Nation Revie Expected Expecte Commen No. ment alifica al w bid d ts (Description) Cost Method tion Prefere opening Contrac (yes/ nce by date t US$ Bank no) (yes/n Signatu million o) re Date (Prior / Post) 1. Procurement of RFQ, No No Post TBA TBA logistic 540,000. Limited , equipment 00 Nationa including l motorcycles (80 NPHIL & 20 MOA, 20 Laboratory Services) 2. Procurement of RFQ, No No Post TBA TBA vehicles to teams 480,000. Limited , movement and 00 Nationa support sample l transport (3 regional sample, 3 M&E and 2 NRL) 3. Procurement of UNOPS, No No Post TBA TBA 10 ambulances 600,000. DIR, 00 4. Procure additional UNICEF, No No Post TBA TBA COVID-19 110,000. DIR, Laboratory 00 supplies: Reagents for 1000000 test run. (test diagnosis and test to confirm negative for release (2 per critical+ Severe)- 1500 5. Procurement of UNICEF, No No Post TBA TBA Medical DIR equipment & 1,764,16 Supplies under 7.77 Case Mang. Lot:1- Medical Equipment- moyo fetal heart rate monitor, oxygen concentrator with voltage stabilizer etc Lot:2 - Medical Supplies _ Hospital beds sets- 600, ICU bed sets- 600 etc 6. Procurement of UNICEF, No No Post TBA TBA Gene-Xpert 148,213. DIR Supplies 00 7. Print and RFQ, No No Post TBA TBA disseminate 75,000.0 Limited , Preparedness 0 Nationa update and l Response Sitrep, response progress report and AAR reports 8. Production of RFQ, No No Post TBA TBA response 5,000.00 Limited , identifcation Nationa (Stickers, l tag/pass Works 1 2 3 4 5 6 7 8 9 Ref. Contract Estimated Procure Prequ Nation Revie Expected Expecte Comments No. ment alifica al w bid d (Description) Cost Method tion Prefere opening Contrac / (yes/ nce by date t US$ million Bank Arrange no) (yes/n Signatu ment o) re Date (Prior / Post) 1. Cost to upgrade DIR, No No Post TBA TBA . operating 25,000.00 Nationa theatre l 2. Rehabilitate DIR, No No Post TBA TBA Isolation 40,194.23 Nationa facility/hospital l 3. Support to DIR, No No Post TBA TBA rehabilitated 800,000.00 Nationa National COVID-19 l Isolation and treatment facility (star-base); and treatment facility (14 Military 4. Building and RFQ, No No Post TBA TBA operations of 2-IV 250,000.00 Limited Fluid plant , Nationa l 5. Installation of 2- RFQ, No No Post TBA TBA oxygen plant 250,000.00 Limited Nationa l Consultancy Services 1 2 3 4 5 6 7 7 Ref. Description of Estimate Selection Review Expected Expected No. Assignment d Method/ date of Arrangem by proposal Contract Comments Signature Cost ent Bank submissio n US$ (Prior / Date Post) 1. Procurement Officer Limited, Post n/a TBA 24,000.0 Individua l 0 Consulta nt 2. Project Officer Limited, Post n/a TBA (COVID_19) 24,000.0 Individua l 0 Consulta nt 3. M&E Specialist - Limited, Post n/a TBA (COVID_19) 24,000.0 Individua l 0 Consulta nt 4. Communication Limited, Post n/a TBA Specialist (COVID_19) 24,000.0 Individua l 0 Consulta nt 5. Office Cleaners 21600.0 Limited, Post n/a TBA (COVID_19) – 6 persons 0 Individua l Consulta nt 6. Drivers (COVID_19) – 5 Limited, Post n/a TBA persons 18,000.0 Individua l 0 Consulta nt GENERAL NOTES 1. Operational Costs: These are expected expenditures to be incurred by the Recipient to finance: (i) the salaries of locally contracted support staff of the Project entities and units involved in Project implementation (excluding civil servants) and state contributions thereon; (ii) per diem and travel expenses of the operational staff performing their responsibilities under the Project; (iii) fuel and vehicle maintenance and insurance; (iv) communication technology (including, without limitation, internet and telephone) and maintenance of equipment; (v) rental expenses and utilities; (vi) building security and maintenance; (vii) translations services, photocopies and publications; (viii) bank commissions; and (ix) utilities and office supplies as defined in the FA. Appendix 1 Letter of Acceptance of the World Bank’s Anti-Corruption Guidelines and Sanctions Framework Date: Invitation of Bids/Proposals No.__________ To: ___________________________________________________________________________ We, along with our sub-contractors, sub-consultants, service providers, suppliers, agents (whether declared or not) consultants and personnel, acknowledge and agree to abide by the World Bank’s policy regarding Fraud and Corruption (corrupt, fraudulent, collusive, coercive, and obstructive practices), as set out and defined in the World Bank’s Anti-Corruption Guidelines1 in connection with the procurement and execution of the contract (in case of award), including any amendments thereto. We declare and warrant that we, along our sub-contractors, sub-consultants, service providers, suppliers, agents (whether declared or not), consultants and personnel, , are not subject to, and are not controlled by any entity or individual that is subject to, a temporary suspension, early temporary suspension, or debarment imposed by a member of the World Bank Group, including, inter alia, a cross-debarment imposed by the World Bank Group as agreed with other international financial institutions (including multilateral development banks), or through the application of a World Bank Group finding of non-responsibility on the basis of Fraud and Corruption in connection with World Bank Group corporate procurement. Further, we are not ineligible under the laws or official regulations of 1Guidelines on Preventing and Combating Fraud and Corruption in Projects Financed by International Bank for Reconstruction and Development Loans and the International Development Agency Credits and Grants, dated October 15, 2006, and revised in January 2011 and July 2016, as they may be revised from time to time. [Insert name of Employer as per bidding document] or pursuant to a decision of the United Nations Security Council. We confirm our understanding of the consequences of not complying with the World Bank’s Anti-Corruption Guidelines, which may include the following: a. rejection of our Proposal/Bid for award of contract; b. in the case of award, termination of the contract, without prejudice to any other remedy for breach of contract; and c. sanctions, pursuant to the Bank’s Anti-corruption Guidelines and in accordance with its prevailing sanctions policies and procedures as set forth in the Bank’s Sanctions Framework. This may include a public declaration of ineligibility, either indefinitely or for a stated period of time, (i) to be awarded or otherwise benefit from a Bank-financed contract, financially or in any other manner;2 (ii) to be a nominated3 sub-contractor, consultant, manufacturer or supplier, or service provider of an otherwise eligible firm being awarded a Bank-financed contract; and (iii) to receive the proceeds of any loan made by the Bank or otherwise to participate further in the preparation or implementation of any Bank-financed project. We understand that we may be declared ineligible as set out above upon: a. completion of World Bank Group sanctions proceedings according to its prevailing sanctions procedures; b. cross-debarment as agreed with other international financial institutions (including multilateral development banks); c. the application of a World Bank Group finding of non-responsibility on the basis of Fraud and Corruption in connection with World Bank Group corporate procurement; or d. temporary suspension or early temporary suspension in connection with an ongoing World Bank Group sanctions proceeding. For avoidance of doubt, the foregoing effects of ineligibility do not extend to a sanctioned firm’s or individual’s execution of its ongoing Bank-financed contracts 2 For the avoidance of doubt, a sanctioned party’s ineligibility to be awarded a contract shall include, without limitation, (i) applying for pre-qualification, expressing interest in a consultancy, and bidding, either directly or as a nominated sub-contractor, nominated consultant, nominated manufacturer or supplier, or nominated service provider, in respect of such contract, and (ii) entering into an addendum or amendment introducing a material modification to any existing contract. 3 A nominated sub-contractor, nominated consultant, nominated manufacturer or supplier, or nominated service provider (different names are used depending on the particular bidding document) is one which has been: (i) included by the bidder in its pre-qualification application or bid because it brings specific and critical experience and know-how that allow the bidder to meet the qualification requirements for the particular bid; or (ii) appointed by the Borrower. (or its ongoing sub-agreements under such contracts) that are not the subject of a material modification, as determined by the Bank. We shall permit, and shall cause our sub-contractors, sub-consultants, agents (whether declared or not), personnel, consultants, service providers or suppliers, to permit the Bank to inspect4 all accounts, records, and other documents relating to the procurement process and/or contract execution (in the case of award), and to have them audited by auditors appointed by the Bank. We agree to preserve all accounts, records, and other documents (whether in hard copy or electronic format) related to the procurement and execution of the contract. Name of the Bidder/Consultant: Name of the person duly authorized to sign the Bid/Proposal on behalf of the Bidder/Consultant: Title of the person signing the Letter: 4 Inspections in this context are usually investigative (i.e., forensic) in nature: they involve fact- finding activities undertaken by the Bank or persons appointed by the Bank to address specific matters related to investigations/audits, such as evaluating the veracity of an allegation of possible Fraud and Corruption, through the appropriate mechanisms. Such activity includes but is not limited to accessing and examining a firm's or individual's financial records and information, and making copies thereof as relevant; accessing and examining any other documents, data, and information (whether in hard copy or electronic format) deemed relevant for the investigation/audit, and making copies thereof as relevant; interviewing staff and other relevant individuals; performing physical inspections and site visits; and obtaining third-party verification of information. PROCUREMENT Liberia : Liberia COVID-19 Emergency Response Project PLAN General Information Country: Liberia Bank’s Approval Date of the Original Procurement Plan: 2020-04-28 2021-03-30 Revised Plan Date(s): (comma delineated, leave blank if none) Project ID: P173812 GPN Date: 2020-10-27 Project Name: Liberia COVID-19 Emergency Response Project Loan / Credit No: IDA / 66090 M Executing Agency(ies): inistry of Health and Social Welfare WORKS Activity Reference No. / Estimated Actual Draft Bidding Bid Evaluation Report Loan / Credit Procurement Prequalification High SEA/SH Procurement Process Draft Pre-qualification Prequalification Specific Procurement Bidding Documents as Proposal Submission / Contract Description Component Review Type Method Market Approach Amount Amount Document / and Recommendation Signed Contract No. Process (Y/N) Risk Document Type Status Documents Evaluation Report Notice / Invitation Issued Opening / Minutes Completion (US$) (US$) Justification for Award Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned LR-MOHSW-171813-CW-RFQ / Rehabiliation and upgrading Component 3: Case Request for Single Stage - One 2020-12- of Jordanian Hospital at Star- IDA / 66090 Management and Clinical Post Limited 447,679.09 423,776.09 Completed 2020-05-09 2020-05-05 2020-07-04 2020-06-09 Quotations Envelope 31 Base as Isolation and or Care Treatment Center LR-MOHSW-171816-CW-RFQ / Rehabiliation work at 14 Component 3: Case Military Hosital to improve the Request for Single Stage - One 2020-12- IDA / 66090 Management and Clinical Post Limited 178,486.78 167,378.33 Completed 2020-05-09 2020-05-05 2020-07-04 2020-06-10 surrounding, staff safety while Quotations Envelope 31 Care providing quality care and avoid infection. LR-MOHSW-187507-CW-RFQ / Rehabilitation works for UNION COVID-19 Treatment Component 3: Case Pending Request for Single Stage - One 2021-04- Center in Monrovia to include IDA / 66090 Management and Clinical Post Limited 6,578.00 0.00 Implementat 2020-08-15 2020-10-10 Quotations Envelope 08 shelter to complete donning Care ion site, shower and toilet for use by medical staff etc. LR-MOHSW-187508-CW-RFQ / Rehabilitation works for Bong County COVID-19 treatment site located at Component 3: Case Under Request for Single Stage - One 2021-04- Phebe Hospital Compound. To IDA / 66090 Management and Clinical Post Limited 5,995.00 5,254.07 Implementat 2020-08-15 2020-10-09 2020-10-10 Quotations Envelope 08 enhance patient care and Care ion increase the number of bed space thus reducing the frequent referral to Monrovia. GOODS Activity Reference No. / Draft Bidding Bid Evaluation Report Loan / Credit Procurement Prequalification Estimated Actual Amount Process Draft Pre-qualification Prequalification Specific Procurement Bidding Documents as Proposal Submission / Description Component Review Type Method Market Approach Document / and Recommendation Signed Contract Contract Completion No. Process (Y/N) Amount (US$) (US$) Status Documents Evaluation Report Notice / Invitation Issued Opening / Minutes Justification for Award Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual LR-MOHSW-171285-GO-RFQ / Purchase of 74 pieces of Component 1: Emergency Request for Single Stage - One IDA / 66090 Post Limited 320,000.00 310,060.00 Completed 2020-03-31 2020-04-04 2020-05-26 2020-03-09 2020-11-22 2020-05-19 Motorcycles for Used by NPHIL Preparedness Response Quotations Envelope and MOA LR-MOHSW-171284-GO-RFQ / Purchase of 46 pieces Component 1: Emergency Request for Single Stage - One IDA / 66090 Post Limited 160,000.00 156,400.00 Completed 2020-03-31 2020-04-04 2020-05-26 2020-04-30 2020-11-22 2020-06-16 Motorcycles for Used by NPHIL Preparedness Response Quotations Envelope and MOA LR-MOHSW-171287-GO-RFQ / Purchase of Assorted Component 1: Emergency Request for Single Stage - One IDA / 66090 Post Limited 480,000.00 368,702.00 Completed 2020-03-31 2020-04-20 2020-05-26 2020-05-15 2020-11-22 2020-08-05 Vehicles for COVID-19 Preparedness Response Quotations Envelope Operations LR-MOHSW-171286-GO-UN Component 1: Emergency UN Agencies / Purchase of ten Ambulance IDA / 66090 Post Direct 532,649.10 870,222.00 Completed 2020-03-23 2020-04-04 2020-03-28 2020-04-22 2020-05-02 2020-04-29 2020-10-29 2020-06-17 Preparedness Response (Direct) for COVID Operations LR-MOHSW-171859-GO-RFQ Component 3: Case / Purchase of 20 units of Request for Single Stage - One IDA / 66090 Management and Clinical Post Limited 700,000.00 699,500.00 Completed 2020-05-02 2020-05-05 2020-06-27 2020-05-29 2020-12-24 2020-07-23 Ventilators for COVID-19 Quotations Envelope Care Response LR-MOHSW-176432-GO-RFQ / Purchase of assorted medical supplies and Component 3: Case Request for Single Stage - One equipment to include ICU and IDA / 66090 Management and Clinical Post Limited 630,000.00 449,923.00 Signed 2020-06-07 2020-06-12 2020-08-02 2020-09-29 2020-10-31 Quotations Envelope regular hospital beds and 30 Care units patient monitors for support to case management. LR-MOHSW-178196-GO-UN / Purchase of Assorted medical Equipment, Supplies Component 3: Case UN Agencies and Drugs for Case IDA / 66090 Management and Clinical Post Direct 384,900.00 384,894.29 Completed 2020-04-13 2020-04-13 2020-04-18 2020-04-19 2020-05-23 2020-05-29 2020-09-20 2020-06-17 (Direct) Management Pillar for COVID- Care 19 Intervention through UNICEF LR-MOHSW-187506-GO-RFQ / Purchase of assorted Component 3: Case Request for Single Stage - One Medical Gloves & Face Shields IDA / 66090 Management and Clinical Post Limited 114,077.50 95,316.50 Completed 2020-08-15 2020-08-26 2020-10-10 2020-10-08 2021-04-08 2020-12-10 Quotations Envelope for clinical services under the Care Case Management Pillar LR-MOHSW-227111-GO-RFQ / Purchase of 172 pieces of Android Phones for Pending Component 1: Emergency Request for Single Stage - One Surveillance Officers at Zonal, IDA / 66090 Post Limited 25,920.00 0.00 Implementati 2021-04-12 2021-06-07 2021-08-06 Preparedness Response Quotations Envelope District, County and National on levels to support contract activities. NON CONSULTING SERVICES Page 1 Activity Reference No. / Draft Bidding Bid Evaluation Report Loan / Credit Procurement Prequalification Estimated Actual Amount Process Draft Pre-qualification Prequalification Specific Procurement Bidding Documents as Proposal Submission / Description Component Review Type Method Market Approach Document / and Recommendation Signed Contract Contract Completion No. Process (Y/N) Amount (US$) (US$) Status Documents Evaluation Report Notice / Invitation Issued Opening / Minutes Justification for Award Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual CONSULTING FIRMS Activity Reference No. / Combined Evaluation Loan / Credit Contract Type Estimated Actual Amount Expression of Interest Short List and Draft Request for Proposals Opening of Technical Evaluation of Description Component Review Type Method Market Approach Process Status Terms of Reference Report and Draft Signed Contract Contract Completion No. Amount (US$) (US$) Notice Request for Proposals as Issued Proposals / Minutes Technical Proposal Negotiated Contract Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual INDIVIDUAL CONSULTANTS Activity Reference No. / Invitation to Loan / Credit Contract Type Estimated Actual Amount Draft Negotiated Description Component Review Type Method Market Approach Process Status Terms of Reference Identified/Selected Signed Contract Contract Completion No. Amount (US$) (US$) Contract Consultant Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual LR-MOHSW-175612-CS- Component 5: Project Individual INDV / Hiring of Procurement Management and Under IDA / 66090 Post Consultant Limited 24,000.00 0.00 2020-06-03 2020-05-19 2020-06-08 2020-06-29 2020-08-03 2021-07-29 Officer for the Liberia COVID- Coordination, Monitoring and Implementation Selection 19 Emergency Response Evaluation LR-MOHSW-175613-CS- Component 5: Project INDV / Hiring of Project Individual Management and Program Officer for the Liberia IDA / 66090 Post Consultant Limited 24,000.00 24,000.00 Signed 2020-06-03 2020-05-19 2020-06-08 2020-06-15 2020-06-29 2020-08-11 2020-08-03 2020-09-01 2021-01-30 Coordination, Monitoring and COVID-19 Emergency Selection Evaluation Response Project LR-MOHSW-175616-CS- INDV / Hiring of Component 5: Project Individual Environmental & Safeguards Management and IDA / 66090 Post Consultant Limited 24,000.00 1,900.00 Signed 2020-06-03 2020-05-19 2020-06-08 2020-10-13 2020-06-29 2020-12-15 2020-08-03 2021-03-09 2030-06-12 Officer (ESO) for the Liberia Coordination, Monitoring and Selection COVID-19 Emergency Evaluation Response Project LR-MOHSW-193350-CS- Component 5: Project INDV / Hiring of Procurement Individual Management and Under Officer for the Liberia COVID- IDA / 66090 Prior Consultant Limited 24,000.00 0.00 2020-06-03 2020-10-13 2020-06-08 2020-06-15 2020-06-29 2020-08-03 2021-07-29 Coordination, Monitoring and Implementation 19 Emergency Response Selection Evaluation Project Page 2